Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2002 FBO #0375
SOLICITATION NOTICE

R -- Request For Information for Defense Acquisition Regulations System (DARS) Information Technology Initiative

Notice Date
12/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
DASW01-02-R-0010
 
Response Due
1/15/2003
 
Archive Date
3/16/2003
 
Point of Contact
Carolyn Turner, 703-697-6257
 
E-Mail Address
Defense Contracting Command-Washington(DCC-W)
(carolyn.turner@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA REQUEST FOR INFORMATION Defense Acquisition Regulations System (DARS) Information Technology Initiative 2 December, 2002 a. Purpose. The purpose of this request for information is to seek ideas and information from industry to support building requirements to transform the DARS from a paper-based to a technology based process. b. Scope. This preliminary effort is a market research initiative to identify and assess commercially available hardware and software applications capable of supporting an end-to-end, integrated, and transparent DARS process to facilitate the generation of changes t o regulations and processes, collaboration, deliberation, coordination, approval, world-wide communication and feedback, archiving, retrieval and data management. c. Background. The Director of Defense Procurement and Acquisition Policy (DDPAP) , by delegation from the Secretary of Defense and the Under Secretary of Defense (Acquisition, Technology and Logistics) (USD(AT&L), is responsible for developing, coordinating, issuing, an d maintaining the Federal Acquisition Regulation (FAR), the Defense Federal Acquisition Regulation Supplement (DFARS), and other Department of Defense (DoD) contracting regulations. The DoD system of contracting regulations governs all contracting activit ies and the contractors with whom they do business. The DDPAP accomplishes this responsibility through the Defense Acquisition Regulations (DAR) System, which consists of the DARS Directorate, the DAR Council, and the DAR Committees. The DARS Directorate is a staff office under DDPAP. The DAR Council con sists of a policy and legal representatives from each military department, Defense Contract Management Agency (DCMA) and the Defense Logistics Agency (DLA). Currently, there are 26 permanent DAR committees in specific functional areas. Ad-hoc committees are formed to address issue of interest on an as needed basis. Each committee includes a member from each military department, DCMA DLA, OSD and additional subject matter experts. The DAR System includes approximately 250 members. The DAR System is a component of the Federal Acquisition Regulations (FAR) System, which codifies and publishes uniform policies and procedures for acquisition by all executive agencies. The FAR System consists of the FAR, the primary document, and agenc y acquisition regulations that implement or supplement the FAR. The DoD FAR Supplement or DFARS is currently available electronically via the World Wide Web at http://www.acq.osd.mil/dp/dars/dfars.html . d. Draft Statement of Objective The objective of this upgrade project is to obtain a “user-friendly” IT system to support the DAR System that facilitates collaboration and effective communication among all the stakeholders in the acquisition process and includes a knowledge management st ructure that will enable effective document management and permit open dissemination of information to facilitate sound business decision making. e. Targeted End-State. An integrated IT solution that incorporates the following high level capabilities. ·Paperless environment that is PC-based and web enabled to the maximum extent practicable. · Collaboration tool to facilitate communication, coordination and decision making. · Work-flow and management Information reporting. · Document management of current and past DoD contracting regulations, documents, guidance with all supporting materials and files. · Open distribution of contracting regulations and guidance with library functions to facilitate search and retrievals in a timely manner. · Ease of operation by non-technical users with minimal training. · Compliance with all applicable DoD security and information assurance requirements. · Integration of the E-Gov initiatives in Electronic Rulemaking (i.e. E-Docket system). · Leverage DoD Knowledge Management goals and initiatives. f. Instructions to Interested Firms. The DAR Directorate requests, via white papers, industry input outlining possible solutions to support to the DAR System. We would also welcome any comments on the paragraphs d. Draft Statement of Objective, and e. Targeted End-State. The recommended solutions must enable collaboration, document management, and open dissemination of information while providing transparency and integrity of the process. Information obtained through the white papers will be considered in developing the technical requirements for the acquisition of the integrated IT support solution for the DAR System. All potential offerors are encouraged to submit information in response to this RFI. Responses should include clearly identified and specific solution and/or recommendation. Responses may specify implementers, integrators, or vendor products. However, the use of COTS products and applications should be used to the maximum extent practicable. 1. Request for information due date: All responses to this RFI should be submitted by 2:00 p.m. EST on 15 January, 2003. 2. Format: White paper responses to the RFI shall be submitted via email @ http://dssw.army.pentagon.mil/. For further clarification the Contracting Officers name, phone number and fax are as follows: Ms. Kathy Dobeck (703) 695-2562 – Phone (703) 695-9746 – Fax 3. The white paper response shall be submitted as a single document in Microsoft Word format. The submission shall not exceed a maximum of 10 pages (including embedded graphics, illustrations, tables and spreadsheets) when printed out as a hard copy. Th e document shall contain a single cover page (not included in page count), identifying the vendor and RFI number (DASW01-02-R-00XX) and a one-page Table of Contents (not included in page count) with hyperlinks to each section of the document. The vendor m ay also elect to include hyperlinks to other key elements of the document, such as illustrations. 4. All submissions shall be formatted as follows: · The pages shall be 8 1/2 inches by 11 inches, including graphics, illustrations, schedules, and tables. · Pages containing narrative material shall have one-and-one-half spaces between paragraphs, six or less lines per vertical inch and shall have one-inch margins or larger on all four sides of the paper. · The text shall be in Arial font, 10-point or larger. Schedules, and tables may use any suitable format, however, the font size must be 10-point or larger. · All pages shall be sequentially numbered and shall include an identifier of the vendor and the RFI number. This information may be included in a header or footer area within the top or bottom margin area. · Spreadsheets embedded within the word document shall include working formulas. 5. The Government reserves the right to contact the vendor to obtain additional information on the response. The vendor shall identify a point of contact with telephone number and email address. In some cases, the Government may request a short briefing or demonstration to gain a better understanding of the response. g. Recoupment of Costs. The Government does not intend to pay for the information solicited and will not recognize any costs associated with submission of a response to this RFI. h. Restrictions. The white paper responses to this RFI should be limited to a total of 10 pages, exclusive of the Cover Pages, Table of Contents and Attachments (i.e. corporate capability statements, product descriptions or advertising materials). The white paper shou ld stand-alone and attachments should be provided strictly as additional material. The release of this RFI is for market analysis purposes only and does not constitute an RFP and should not be considered a commitment of any kind by the Government to pro cure services. Responses to this RFI will not be evaluated towards any follow-on effort associated with this initiative.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DSS-W/DASW01/DASW01-02-R-0010/listing.html)
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Contracting and Grants, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00220814-F 20021212/021211052503 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.